Bid #B38-11-12
HEAD START EMODEL - ROULEAU
SANTA CLARA COUNTY OFFICE OF EDUCATION
SANTA CLARA COUNTY OFFICE OF EDUCATION
HEAD START REMODEL FOR ROULEAU SCHOOL
BID #B38-11-12
1875 Monrovia Drive
San Jose, CA 95122
Prepared By:
SANTA CLARA COUNTY OFFICE OF EDUCATION - Bid #B38-11-12
Purchasing Services
1290 Ridder Park Drive
San Jose, CA 95131
WESTON MILES ARCHITECTS
17500 Depot Street, #120
Morgan Hill, CA 95037
408.779.6686 Fax 408.778.9417
MECHANICAL/ALFATECH ENGINEER
97 East Brokaw Road, Suite 300
San Jose, CA 95112
(408) 487-1200 (408) 436-1511 fax
TABLE OF CONTENTS
DIVISION 00 - PROCUREMENT AND CONTRACTING REQUIREMENTS
SECTION 002113 - INSTRUCTIONS TO BIDDERS
SECTION 003100 - AVAILABLE PROJECT INFORMATION: INVESTIGATION REPORTS
SECTION 003113 - PRELIMINARY CONSTRUCTION SCHEDULE
SECTION 004100 - BID FORM
SECTION 004101 - BID FORM INSTRUCTIONS
SECTION 004102 - BID PACKAGE DESCRIPTIONS
SECTION 004313 - BID SECURITY
SECTION 005000 - NOTICE OF INTENT AND AGREEMENT
SECTION 006516 - INSURANCE CERTIFICATES
SECTION 007200 - GENERAL CONDITIONS
SECTION 007300 - SPECIAL CONDITIONS
DIVISION 01 - GENERAL REQUIREMENTS
SECTION 010000 – DSA REQUIREMENTS
SECTION 011000 - SUMMARY OF WORK
SECTION 012200 - UNIT PRICES: MEASUREMENT AND PAYMENT
SECTION 012600 - MODIFICATION PROCEDURES
SECTION 012613 - REQUESTS FOR INFORMATION
SECTION 013113 - PROJECT COORDINATION
SECTION 013119 - PROJECT MEETINGS
SECTION 013200 - CONSTRUCTION PROGRESS DOCUMENTATION: SCHED. & REPORTS
SECTION 013300 - SUBMITTAL PROCEDURES
SECTION 015639 - TEMPORARY TREE AND PLANT PROTECTION
SECTION 017400 - CONSTRUCTION CLEANING AND WASTE MANAGEMENT
SECTION 017700 - CONTRACT CLOSEOUT PROCEDURES
SECTION 018119 - CONSTRUCTION INDOOR AIR QUALITY MANAGEMENT
SECTION 019100 - COMMISSIONING
DIVISION 06 – FIBERGLASS REIMFORCED PLASTIC PANELS
SECTION 068200 – FIBERGLASS REINFORCED PLASTIC PANELS
DIVISION 08 - OPENINGS
SECTION 081400 – WOOD DOORS
SECTION 087100 - DOOR HARDWARE
DIVISION 09 - FINISHES
SECTION 092900 - GYPSUM BOARD
SECTION 095113 – ACOUSTICAL P-ANEL CEILINGS
SECTION 096500 – RESILIENT FLOORING
DIVISION 10 – SPECIALITIES
SECTION 102113 - TOILET COMPARTMENTS
SECTION 102813 – TOILET ACCESSORIES
DIVISION 22 – PLUMBING
SECTION 220500 – PLUMBING
END OF SECTION
PROJECT SCHEDULE
Notice to Bidders Issued Friday May 12, 2012
Bid Documents Posted to SCCOE Website Monday May 14, 2012
Pre-Bid Walk-Thru at Site Thursday, May 17, 2012
Last day to submit Bid RFI’s Tuesday May 22, 2012
Bid Opening Thursday, May 24, 2012
Notice to Proceed Issued (via PO) Friday May 25, 2012
Construction Start Monday, June 11, 2012
Construction Complete Friday, July 22, 2012
END OF SECTION
SECTION 002113 - INSTRUCTIONS TO BIDDERS
1.0 GENERAL
1.1 DEFINITIONS
A. The Bidding Documents Include:
1. Notice to Bidders
2. Investigation Reports
3. Project Manual, Specifications (Divisions 0-16)
4. Addenda
B. The Contract Documents Include:
1. The Accepted Bid
2. Addenda
3. Project Manual, Specifications (Divisions 0-16)
4. Certificate of Nondiscrimination by Seller
5. Non-collusion Affidavit
6. List of Subcontractors Form
7. Statement of Bidder’s Qualifications
1.2 PRE-BID CONFERENCE
A. The date and time of the Pre-bid Conference is found in the Notice to Bidders, at the end of Section 002113, Instructions to Bidders.
B. If a pre-bid conference has been scheduled at the site of the work, all bidders, subcontractors, material suppliers and others who may be working on the work of improvement are strongly encouraged to attend this pre-bid conference. Due to the facts and circumstances of this particular project, the pre-bid conference may be the only opportunity to conduct the pre-bid investigation of the site and satisfy the pre-bid obligations set forth in these Contract Documents. If a bidder (or others) attend the entirety of a scheduled pre-bid conference and need additional time to complete their investigation of the site or other pre-bid obligations set forth in these Contract Documents, bidder must notify the County in writing, via certified or registered mail, no less than five (5) days before the scheduled bid opening date, to request additional time. The written request must include an estimate of the amount of additional time required by bidder.
1.3 BIDDING DOCUMENTS
Bid documents can be reviewed at the SCCOE located at 1290 Ridder Park Drive, San Jose, CA 95131 or on the SCCOE Purchasing website at: http://www.sccoe.org/depts/purchasing, commencing on Thursday, May 24, 2012. Plans are available at the following web link: https://wmarchitects.sharefile.com/d/sf2928d32ca24461b
A. Bidders shall use complete sets of Bidding Documents in preparing bids. Bidders are responsible for ascertaining that the Bidding Documents upon which their bids are based are complete sets.
B. Requests from bidders for clarification or interpretation of the Bidding Documents shall be directed to the construction manager in writing and received by construction manager no later than seven (7) calendar days prior to bid date or at the discretion of the construction manager. The construction manager will consult with the County who is solely responsible for clarification and interpretation. The construction manager will prepare an addendum and will forward each addendum to the all known bid document holders.
C. Should a bidder find discrepancies, ambiguities, inconsistencies, errors or omissions in the documents, or should there be any doubt as to their meaning, the bidder shall at once notify the construction manager in writing. If bidder fails to notify the construction manager in writing, the bidder will be responsible for the strictest interpretation.
D. Each bidder shall acknowledge receipt of all addenda on the Bid Form. Failure by the bidder to acknowledge receipt of any document may result in the rejection of the bid.
E. An original of the bid form shall be filled in and submitted as the bid. All portions of the bid form must be completed before the bid is submitted. Failure to do so may result in the bid being rejected as non-responsive. Attached to and submitted with the Bid Form, bidder must provide the completed Certificate of Nondiscrimination by Seller, Non-collusion Affidavit signed by bidder, Statement of Compliance, Designation of Subcontractors form and Contractor’s Questionnaire submitted on the enclosed Bid form. Failure to submit all required documents may result in the bid being rejected as non-responsive.
F. Bidder may not withdraw the bid for a period of ninety (90) calendar days after the date for the opening of the bids.
G. Investigations of subsurface conditions or otherwise, are made for the purpose of design, and the County assumes no responsibility whatsoever with respect to the sufficiency or accuracy of borings, the log of test borings, or other preliminary investigations, or of the interpretation thereof, and there is no guaranty, either expressed or implied, that the conditions indicated are representative of those existing throughout the work, or any part of it, or that unanticipated conditions may not occur. When a log of test borings or other report is made available to Contractor or included in the Contract Documents, it is expressly understood and agreed that said log of test borings or other reports does not constitute a part of the Contract, and represents only an opinion of the County as to the character of the materials to be encountered, and is made available or included in the Contract Documents only for the convenience of the bidders. Bidders must satisfy themselves, through their own investigation, as to conditions to be encountered.
1.4 CONSTRUCTION SCHEDULE
A. For information regarding the Preliminary Construction Schedule, refer to Section 003113, Preliminary Construction Schedule.
1.5 BID OPENING AND CONTRACT AWARDS
A. Bids will be opened publicly and read aloud at the time and date established in the Notice to Bidders.
B. Contracts shall be awarded on the basis of the lowest responsive and responsible bid determined by the base bid plus the sum of all of the alternates. The County reserves the right to prepare a contract based on any combination of base bid and alternates. The County intends to award contracts to the bidders who submit bids in accordance with the requirements of the Bidding Documents. All awards will be made in the County’s best interest, to the extent authorized by law.
C. Bid protests shall be filed in writing with the Santa Clara County Office of Education, 1290 Ridder Park Drive, San Jose, California, 95131-2398, Purchasing Department, Attention: Andy Bursch by certified or registered mail, not later than three (3) working days after the bid opening or, if the protest is based on the selection of the apparent lowest responsible bidder, not later than three (3) working days after selection of the apparent lowest responsible bidder. The protest shall specify the reasons and facts upon which the protest is based.
D. The County reserves the right to waive any informality or irregularity in any bid.
E. The County reserves the right to reject any and all bids.
1.6 POST-BID INTERVIEWS
A. Bidders in contention for contract awards may be asked to attend post-bid interviews and submit post-bid documents in rough draft for review.
1.7 POST BID DOCUMENTS
A. The County may elect to issue a Notice of Intent to Award prior to the execution of County/Contractor Agreements.
B. Within five (5) days of receipt of Notice of Intent to Award, contractor is to provide the following:
1. Certificates of Insurance, refer to Section 006516, Insurance Certificates.
2. Schedule of Values.
3. Preliminary Construction Schedule, refer to Section 003113, Preliminary Construction Schedule.
C. After receipt of the above post bid documents, the Santa Clara County Office of Education will issue a Purchase Order (PO), which is to serve as the contract agreement and Notice to Proceed.
D. Within fifteen (15) days of receipt of Notice of Intent to Award, contractor is to provide the following:
1. Samples and submittals, refer to Section 013300, Submittal Procedures.
1.8 WAGES
A. The schedule of prevailing rates of pay for each craft or type of workman needed to execute the work shall contain the minimum rate of pay, as established by the State Director of Industrial Relations in pursuance of the provision of the Labor Code of the State of California.
B. All bidders shall check the available source of labor supply and obtain information with reference to the length of the working day of various crafts and actual rates of wages being paid in the immediate vicinity of the place where work contemplated by these Documents is to be performed, particularly with reference to rates of pay that may be in excess of those general prevailing rates established by the County.
1.9 CONTRACTORS’ LICENSE
A. Bidders must be contractors, properly licensed to perform the work of this project with an active license in good standing as of the date of receipt of bids. License must be maintained in good standing throughout the term of the contract.
1.10 SUBCONTRACTOR LISTING
A. Pursuant to the provisions of Sections 4100 to 4114, inclusive of the California Public Contracts Code, every bidder shall in this bid set forth:
1. The name and location of the place of business of each subcontractor.
2. The portion of the work that will be done by each subcontractor. If the bidder fails to specify a subcontractor for any portion of the work to be performed under the contract in excess of one half (1/2) of one percent (1%) of the bidder’s total bid, he agrees to perform that portion himself. The successful bidder shall not, without the written consent of the County, either:
a. Substitute any person as subcontractor in place of the subcontractor designated in the original bid.
b. Permit any subcontract to be assigned or transferred or allow it to be performed by anyone other than the original subcontractor listed in the bid.
c. Sublet or subcontract any portion of the work in excess of one half (1/2) of one percent (1%) of the total bid as to which his original bid did not designate a subcontractor.
2.0 FORMS FOR BIDDING
2.1 BID FORM - Refer to Section 004100, Bid Form.
3.0 PROCEDURES AND CONDITIONS FOR BIDDING
3.1 BIDDERS’ REPRESENTATIONS & ACKNOWLEDGEMENTS
A. In submitting a bid, each bidder represents that:
1. The bidder has read and understands the bidding documents.
2. The bid is made in accordance with the bidding documents.
3. The bidder has visited the Project site and is familiar with the local conditions under which the Work will be performed and acknowledges that failure to visit the site will not relieve the bidder of the responsibility for observing and considering those conditions which a reasonable contractor would have observed and considered during a site visit, estimating properly the difficulty and the work without additional cost to the County.
NOTICE TO BIDDERS
FOR
HEAD START REMODEL - ROULEAU
AT
ROULEAU SCHOOL
SANTA CLARA COUNTY OFFICE OF EDUCATION
NOTICE IS HEREBY GIVEN that the Santa Clara County Office of Education, herein after referred to as the OWNER or SCCOE, calls for sealed bids to be received by the Purchasing Manager in the Purchasing Department at 1290 Ridder Park Drive, San Jose, California 95131 by Thursday, May 24, 2012@ 3:00 p.m. at which time and place bids will be opened.
SCOPE
Santa Clara County Office of Education’s Special Education Program requires building improvements to remodel classroom and bathroom areas at their Rouleau School located at 1875 Monrovia Drive, San Jose, CA 95122.
Interested parties shall be licensed to provide and oversee all trades work required for this project. We have contracted with The Weston/Miles architectural firm to prepare the specifications and drawings for this project. Note: The general contractor will be responsible for overseeing and coordinating all work described in this bid.
Plans are available at the following web link: https://wmarchitects.sharefile.com/d/sf2928d32ca24461b
All bid documents except for the blueprints may also be found on the SCCOE / Purchasing website at: http://www.sccoe.org/depts/purchasing/open-bids.asp
BID CONTACTS
Bidding & Admin. - COE Purchasing Manager, A. D. Bursch @408.453.6858 or
COE Purchasing Technician, Kelly Brewer @408.453.6855
Project Management - COE Facilities Manager, Joe Beretta @408.453.6861
Architect - Sharon of Weston Miles @408.779.6686
JOB WALK
There will be a job walk on Thursday, May 17, 2012@, at 2:00 PM for the purpose of examining the site conditions at the job site located at 1875 Monrovia Drive, San Jose, CA 95122. Additional bid packages will be made available at this time. It is strongly recommended that all interested parties attend this walk thru.
ADDITIONAL BONDS
The successful contractor, simultaneously with the execution of the agreement, shall furnish a payment bond in the amount of 100% of the contract price and a faithful performance bond in the amount of 100% of the contract price. Bonds shall be secured from a surety company issued by corporation duly and legally licensed to transact business in the State of California and approved by the Owner. The check or bid bond shall be given as a guarantee that the contractor, upon award, shall execute the contract, in conformity with the contract documents and shall provide the surety bond or bonds as specified therein within five (5) working days after notification of award of the contract to the Contractor.